SOLICITATION NOTICE
N -- Radio Installation - Seeking contractor to program and install repeaters, "P-25" radios and related parts.
- Notice Date
- 11/17/2005
- Notice Type
- Solicitation Notice
- Contracting Office
- IMR - CANY - Canyonlands National Park 2282 S. West Resource Blvd. Moab UT 84532
- ZIP Code
- 84532
- Solicitation Number
- Q713006A004
- Archive Date
- 11/17/2006
- Small Business Set-Aside
- Total Small Business
- Description
- This is issued as a combined synopsis/solicitation for Commercial items in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice, and will be a Small Business Set-Aside under North American Industrial Classification Code (NAICS) 811213. The National Park Service (NPS) is required to convert its existing wideband-analog VHF radio systems to narrowband-digital "P-25" compliant systems in order to meet federal mandates. Work for this contract will be performed at Big Bend National Park, Texas. The Contractor must program and install two (2) VHF repeaters, two (2) VHF link radios, and two (2) UHF link radios, along with all related antenna, grounding, and transmission cabling systems. The Contractor will also be required to write five (5) programming templates for the park's portable and mobile radios and program 97 portable radios and 66 mobile radios with the appropriate templates. The repeater and link radios are Daniels P-25 radios. The portable radios are Motorola XTS-5000's, and the mobile radios are Motorola Astro-Spectras. The Contractor shall provide the necessary technical and business resources as required to install the new P-25 compliant radios, tune duplexers, write digital/mixed mode radio programming templates and program portable/mobile radios and repeater/link infrastructure. The Contractor must also test the new system to ensure the programming options meet user requirements. The Contractor shall coordinate and work with the staff at Big Bend National Park, local radio system cooperator agencies, and IMR radio staff to facilitate work on the radio system. Contractor shall submit a list of key personnel qualifications to perform the work required in this contract. Evaluation will be performed using the following criteria: 1) Project Understanding: Contractor must demonstrate in-depth understanding of P-25 radio systems, including P-25 equipment specifications and requirements. 2) Programming skills and experience: Contractor must have experience with writing digital/mixed mode programming templates for various P-25 radios, including Motorola, Daniels, and BK radios. Also list programming experience with AES & DES-OFB encryption. 3) Experience and Qualifications: Contractor must show prior experience designing, installing, programming and testing P-25 radio projects, and list specific key personnel qualifications. 4) Provide 3 references related to the installation and programming of P-25 radio systems. Performance Requirements: Description of work; as required the Contractor shall, but not be limited to: 1) Work must be performed at elevations from 1,800' to over 8,500' elevation, possibly under adverse weather conditions. Access to the mountain-top repeater site may require using helicopters (government provided", riding horses or mules (government provided), or hiking to the site. An overnight stay at a remote tent or cabin near the repeater site may also be required during the repeater installation. If required, the hike to the repeater site is 9 miles, roundtrip, with an elevation gain of 2,500'. 2) The new radio system programming options must be written to meet the stated objectives arrived at during the radio system assessment conducted with the system users prior to system installation. 3) Program Infrastructure P-25 Radios (repeaters, base/link stations), mobile radios, and portable radios as per operational requirements. Installation will require mixed-mode operation using multiple Network Access Codes, multiple Talkgroups, Encryption Keys, and OTAR. 4) Test and retune duplexers and cavities as required. A minimum of 2 duplexers must be retuned. 5) Ensure all equipment is properly grounded and has lightning protection. Contractor must be able to deal with various environmental conditions when grounding at repeater sites, such as rocky soil, dangerous terrain, high winds, etc. The radio/grounding/antenna systems installation standards will meet or exceed technical standards listed in attachment #1, and be as close as possible to R-56 standards. 6) Test new radio systems to verify that the system options meet the requirements as determined in 3.1.2 during the system evaluation. Testing will be Pass/Fail as per categories listed in Attachment #1. The work will be performed at Big Bend National Park, TX. The work must be done between December 5 and December 14, 2005. Deliverables : 1) Install new radio systems, 2) Write radio programming templates for, and program various P-25 repeaters, control stations, portables, and mobile radios, and provide programming templates and documentation, 3) Inspect new radio system installations and provide pass/fail documentation, 4) Test the new radio system's performance for performance, 5) Media format for deliverables, including media type, 6) Documentation - Word or Excel, 7) Narrative - MS Word files, paper and CD format, and 8) Radio programming templates - computer program files. COMMERCIAL CLAUSES 1) Data Universal Numbering System (DUNS) Number 2) Central Contractor Registration 1 52.204-06 DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBER OCTOBER 2003 (a) The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "DUNS" or "DUNS+4" followed by the DUNS number or "DUNS+4" that identifies the offeror's name and address exactly as stated in the offer. The DUNS number is a nine-digit number assigned by Dun and Bradstreet, Inc. The DUNS+4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the offeror to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see Subpart 32.11) for the same parent concern. (b) If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. (1) An offeror may obtain a DUNS number- (i) If located within the United States, by calling Dun and Bradstreet at 1-866-705-5711 or via the Internet at http://www.dnb.com; or (ii) If located outside the United States, by contacting the local Dun and Bradstreet office. (2) The offeror should be prepared to provide the following information: (i) Company legal business name. (ii) Tradestyle, doing business, or other name by which your entity is commonly recognized. (iii) Company physical street address, city, state and Zip Code. (iv) Company mailing address, city, state and Zip Code (if separate from physical). (v) Company telephone number. (vi) Date the company was started. (vii) Number of employees at your location. (viii) Chief executive officer/key manager. (ix) Line of business (industry). (x) Company Headquarters name and address (reporting relationship within your entity). 2 52.204-07 CENTRAL CONTRACTOR REGISTRATION OCTOBER 2003 (a) Definitions. As used in this clause - "Central Contractor Registration (CCR) database" means the primary Government repository for Contractor information required for the conduct of business with the Government. "Data Universal Numbering System (DUNS) number" means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities. "Data Universal Numbering System +4 (DUNS+4) number" means the DUNS number assigned by D&B plus a 4- character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at Subpart 32.11) for the same parent concern. "Registered in the CCR database" means that- (1) The Contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, into the CCR database; and (2) The Government has validated all mandatory data fields and has marked the record "Active". (b)(1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (2) The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "DUNS" or "DUNS +4" followed by the DUNS or DUNS +4 number that identifies the offeror's name and address exactly as stated in the offer. The DUNS number will be used by the Contracting Officer to verify that the offeror is registered in the CCR database. (c) If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. (1) An offeror may obtain a DUNS number- (i) If located within the United States, by calling Dun and Bradstreet at 1-866-705-5711 or via the Internet at http://www.dnb.com; or (ii) If located outside the United States, by contacting the local Dun and Bradstreet office. (2) The offeror should be prepared to provide the following information: (i) Company legal business. (ii) Tradestyle, doing business, or other name by which your entity is commonly recognized. (iii) Company Physical Street Address, City, State, and Zip Code. (iv) Company Mailing Address, City, State and Zip Code (if separate from physical). (v) Company Telephone Number. (vi) Date the company was started. (vii) Number of employees at your location. (viii) Chief executive officer/key manager. (ix) Line of business (industry). (x) Company Headquarters name and address (reporting relationship within your entity). (d) If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. (e) Processing time, which normally takes 48 hours, should be taken into consideration when registering. Offerors who are not registered should consider applying for registration immediately upon receipt of this solicitation. (f) The Contractor is responsible for the accuracy and completeness of the data within the CCR database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the CCR database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the CCR database to ensure it is current, accurate and complete. Updating information in the CCR does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document. (g) (1) (i) If a Contractor has legally changed its business name, "doing business as" name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in Subpart 42.12, the Contractor shall provide the responsible Contracting Officer a minimum of one business day's written notification of its intention to (A) change the name in the CCR database; (B) comply with the requirements of Subpart 42.12 of the FAR; and (C) agree in writing to the timeline and procedures specified by the responsible Contracting Officer. The Contractor must provide with the notification sufficient documentation to support the legally changed name. (ii) If the Contractor fails to comply with the requirements of paragraph (g)(1)(i) of this clause, or fails to perform the agreement at paragraph (g)(1)(i)(C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the CCR information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the "Suspension of Payment" paragraph of the electronic funds transfer (EFT) clause of this contract. (2) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the CCR record to reflect an assignee for the purpose of assignment of claims (see FAR Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the CCR database. Information provided to the Contractor's CCR record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the "Suspension of payment" paragraph of the EFT clause of this contract. (h) Offerors and Contractors may obtain information on registration and annual confirmation requirements via the internet at http://www.ccr.gov or by calling 1-888-227-2423, or 269-961-5757.
- Web Link
-
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=2022461)
- Place of Performance
- Address: Big Bend National Park, Texas
- Zip Code: 79834
- Country: US
- Zip Code: 79834
- Record
- SN00933820-W 20051119/051117212157 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |